SOURCES SOUGHT
U -- AFICA Oman F-16 Pilot and Maintenance Training
- Notice Date
- 8/18/2014
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA3002-14-R-OMAN
- Archive Date
- 10/3/2014
- Point of Contact
- Jason M. Butler, Phone: 2106526157, Kerry A. Kelly, Phone: 210-652-5513
- E-Mail Address
-
jason.butler.5@us.af.mil, kerry.kelly.2@us.af.mil
(jason.butler.5@us.af.mil, kerry.kelly.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Department of the Air Force, Air Education and Training Command (AETC), 338th Specialized Contracting Squadron (338 SCONS) is seeking information concerning the availability of capable contractors to provide non-personal services in support of training Royal Air Force of Oman (RAFO) F-16 pilots and maintenance technicians in the operation, maintenance and troubleshooting of the Aerial Gunnery Target System (AGTS-36) including TDK-39 Tow Targets and RMK-35 Tow Reels with Cockpit Control Panel. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is not a RFP. It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611512, Flight Training, and the small business size standard is $27.5 million per year. System for Award Management (SAM) is mandatory (www.sam.gov). Contractor shall provide pilot training which will include preflight planning, exterior check, interior inspection, ground system check, flight procedures, flight limitations, and emergency and gunnery procedures. Maintenance technician training includes organizational and intermediate maintenance such that the user is able to independently operate and maintain the AGTS-36. The training will be conducted at a facility located in Oman. If your firm is capable of providing the requirements described above, please provide a Capability Statement to 2Lt Jason Butler @ jason.butler.5@us.af.mil by 30 August 2014 @ 1400 CST. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. At a minimum the following information is requested: (1) Company name, CAGE Code and DUNS number, address, point of contact (POC), POC current telephone number and current email address; (2) approximate annual gross revenue (3) small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your role will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) a brief summary of your company's experience; (9) indicate whether or not your company would be likely to submit a proposal if a formal solicitation is forthcoming; (10) indicate which North American Industry Classification System (NAICS) code(s) your company usually performs under for Government contracts. (11)Request large and small businesses provide a reasonable expectation for small business utilization as a percent of a total contract value. Please provide supporting rationale for the recommended percentage. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice. In order for the Government to make an SBSA determination, it is requested that small business concerns provide sufficient written information supporting their capability to perform the requirement listed above. We hope to eliminate duplicate questions by posting any and all questions on the www.fbo.gov website. If any questions contain proprietary information, such information must be identified. All questions must be provided NLT 14 August 2014. Additional information or updates will be posted at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates. No extensions will be granted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/112ee523264ff8dfc2f7e206d35e5784)
- Record
- SN03469172-W 20140820/140818235621-112ee523264ff8dfc2f7e206d35e5784 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |